Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
SOURCES SOUGHT

S -- Janitorial Sources Sought - Sources Sought Notice

Notice Date
7/12/2017
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS01-17-R-RES396
 
Point of Contact
Toshia Rollins,
 
E-Mail Address
toshia.n.rollins@tsa.dhs.gov
(toshia.n.rollins@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Transportation Security Administration (TSA) is conducting market research to determine interest, capability, and socio-economic category of potential sources for Janitorial Services for the TSA at various locations (See Attachment A) throughout the United States. The North American Industry Classification System (NAICS) Code is anticipated to be 561720 - Janitorial Services. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice to obtain information regarding: (1) the availability and capability of qualified sources; (2) whether they are small businesses; Hub Zone; service-disabled, veteran owned, woman owned, 8(a), etc.; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition(s). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. BACKGROUND Janitorial services are required for congressionally mandated space, checkpoint areas and leased space occupied by the Transportation Security Administration (TSA) at various Airports in the United States. The spaces are dedicated to passenger and checked baggage screening operations and is for the exclusive use of the TSA. The Contractor shall provide janitorial services seven (7) days a week for the space occupied by the TSA at the airport, with a square footage, TBD. SCOPE The Contractor shall provide all labor, supervision, uniforms, and cleaning equipment and supplies for the janitorial maintenance service of TSA-support space and screening space at the airport. Areas shall be free of spills, dust, dirt and debris. The Contractor is responsible for removing trash from the facility and disposing of trash in dumpsters located on airport property, vacuuming, mopping, dusting, etc. The Contractor shall ensure the facilities are cleaned according to all health, safety and industry standards. RESPONSE INFORMATION In order for the TSA to improve its understanding of market capabilities and identify qualified vendors that are capable of providing Janitorial Services at the various locations, a Contractor's Capabilities Statement is requested. This statement must identify your company's capabilities to meet the requirements identified in the attached DRAFT Statement of Work (SOW), Full Company Name, DUNS Number, Company Point of Contact, mailing address and phone number, Current Business Size (i.e., small business, 8(a), woman owned, veteran owned, hub zone, etc.), and what experience you have providing similar and/or same services. The capabilities statement shall not exceed four (4) pages in length and in either PDF or MS Word Format. Please send responses with a subject heading of Janitorial Services- (Airport Code of the Airport you can provide services to, Example: Janitorial Services - MKE), if there are multiple airports that you can provide services to please make note of that in the subject heading and in your cover letter. Send your capability statements to Toshia Rollins at Toshia.N.Rollins@tsa.dhs.gov by 12 noon local time (Arlington, VA) on Wednesday, July 26, 2017 and send questions to the same. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps (www.fbo.gov). Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. This Sources Sought Notice is issued solely for informational and planning purposes only and is not a solicitation. A Government requirement for this service is being developed, and a contract may or may not result. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Attachment A Airport Code Airport Name Airport Address MKE General Mitchell International Airport 5300 S Howell Ave, Milwaukee, WI 53207 CLE Cleveland Hopkins International Airport 5300 Riverside Dr, Cleveland, OH 44135 LGA LaGuardia Airport Queens, NY 11371 FAT Fresno Yosemite International Airport 5175 E Clinton Way, Fresno, CA 93727 LBB Lubbock Preston Smith International Airport 5401 N Martin L King Blvd, Lubbock, TX 79403 SDF Louisville International Airport 600 Terminal Dr, Louisville, KY 40209 RNO Reno-Tahoe International Airport 2001 E Plumb Ln, Reno, NV 89502 EWR Newark Liberty International Airport 3 Brewster Rd, Newark, NJ 07114 OGG Kahului Airport 1 Keolani Pl, Kahului, HI 96732 DEN Denver International Airport 8500 Peña Blvd, Denver, CO 80249 PHL Philadelphia International Airport 8000 Essington Ave, Philadelphia, PA 19153 LAX Los Angeles International Airport 1 World Way, Los Angeles, CA 90045 ITO Hilo International Airport 2450 Kekuanaoa St, Hilo, HI 96720 MSN Dane County Regional Airport 4000 International Ln, Madison, WI 53704 SFO San Francisco International Airport San Francisco, CA 94128 KOA Kona International Airport 73-200 Kupipi St, Kailua-Kona, HI 96740 LIH Lihue Airport 3901 Mokulele Loop, Lihue, HI 96766 GSO Piedmont Triad International Airport 1000 Ted Johnson Pkwy, Greensboro, NC 27409 CAK Akron-Canton Airport 5400 Lauby Rd, North Canton, OH 44720 PHX Phoenix Sky Harbor International Airport 3400 E Sky Harbor Blvd, Phoenix, AZ 85034 ORD O'Hare International Airport 10000 W O'Hare Ave, Chicago, IL 60666 STL St. Louis Lambert International Airport 10701 Lambert International Blvd, St. Louis, MO 63145 SNA John Wayne Airport 18601 Airport Way, Santa Ana, CA 92707 SAT San Antonio International Airport 9800 Airport Blvd, San Antonio, TX 78216 RDU Raleigh-Durham International Airport 2400 John Brantley Blvd, Morrisville, NC 27560 HNL Honolulu International Airport 300 Rodgers Blvd, Honolulu, HI 96819 BUF|IAG Buffalo Niagara International Airport 4200 Genesee St, Buffalo, NY 14225
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-17-R-RES396/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN04577009-W 20170714/170712235315-a6fcff3b58bf8d351b3c39e8c10f30ef (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.